Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

59 -- Professional network installation service

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409R0051
 
Response Due
7/7/2009
 
Archive Date
7/7/2009
 
Point of Contact
Melissa Franz 619-532-2572
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is N00244-09-Q-. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-33 and DFARS Change Notice 20090115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 238210 and the Small Business Standard is $14,000,000.00 in average annual receipts. This is 100% small business set aside. The Fleet and Industrial Supply Center, San Diego requests responses from qualified sources capable of providing: Professional network installation service required to: (a) provide fiber cable materials to connect the newly established IDF on the first floor of Ingersoll Hall at the Naval Post Graduate School, Monterrey CA with the schools existing backbone, (b) provide copper cables materials to connect the staff offices, lab spaces, auditorium, TAC and Data Center areas on the first floor and the phone and environmental equipment located in the basement. (c) run and install fiber and copper cables LC fiber and mini-com copper connectors, fiber and copper patch panels, relay racks, face plates, Panduit and fiber adapters (d) test all fiber and copper cables installed. Task 1 - Procurement: The contractor shall purchase required copper and fiber cables, mini-com connectors, LC fiber connectors, Panduit patch panels, fiber patch panels with appropriate adapters/bulkheads, faceplates, cable management, relay racks and wire mold. Government has estimated that 80,000 feet of Cat6 copper cable, 200 feet of 24 strand Sm fiber cable, 800 blue mini-com network jacks, 48 LC fiber connectors, 9 - 48 port mini-com patch panels, 2 - fiber patch panels, 2 - 24 strand fiber adapter panels, 18 horizontal and 4 vertical wire managers, 3 - 19" 7' relay racks with ladder rack and raised floor supports, 180 - cutting rings and 2 port faceplates, assorted wire-mold boxes and raceways, plus any miscellaneous parts required in the installation of the fiber and cat6 cables. Deliverable 1.(a) Purchase and provide all required material for installation of network and any/all miscellaneous hardware. Task 2 - Installation: The contractor shall install cat6 and fiber cables, mini-com connectors, LC fiber connectors, Panduit patch panels, fiber patch panels with appropriate adapters/bulkheads, faceplates, cable management, relay racks and wire mold. Government has estimated that 80,000 feet of Cat6 copper cable, 200 feet of 24 strand Sm fiber cable, 800 blue mini-com network jacks, 48 LC fiber connectors, 9 - 48 port mini-com patch panels, 2 - fiber patch panels, 2 - 24 strand fiber adapter panels, 18 horizontal and 4 vertical wire managers, 3 - 19" 7' relay racks with ladder rack and raised floor supports, 180 - cutting rings and 2 port faceplates, assorted wire-mold boxes and raceways, plus any miscellaneous parts required in the installation of the fiber and cat6 cables. Deliverable 2: (b) Installation of cat6 and fiber cables, mini-com connectors, LC fiber connectors, Panduit patch panels, fiber patch panels with appropriate adapters/bulkheads, faceplates, cable management, relay racks and wire mold. Government has estimated that 80,000 feet of Cat6 copper cable, 200 feet of 24 strand Sm fiber cable, 800 blue mini-com network jacks, 48 LC fiber connectors, 9 - 48 port mini-com patch panels, 2 - fiber patch panels, 2 - 24 strand fiber adapter panels, 18 horizontal and 4 vertical wire managers, 3 - 19" 7' relay racks with ladder rack and raised floor supports, 180 - cutting rings and 2 port faceplates, assorted wire-mold boxes and raceways, plus any miscellaneous parts required in the installation of the fiber and cat6 cables. Task 3 - Testing: Contractor shall perform 10 gig continuity test on all cat6 cable runs and a less then 2dBm loss on all fiber strands. The fiber test needs to be conducted from both ends of the fiber i.e. BDF to IDF and IDF to BDF then provide print out of results to Infrastructure Management. Deliverable 3: (c) Contractor shall supply to the Governments POC at minimum a hard copy of all test results. Period of performance will begin at time of award and commence no later than 30 days after award date. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including [list the clauses that apply. This announcement will close at _10:00 AM PST_ on _Tuesday 7 July 2009. Contact Melissa Franz who can be reached at email _melissa.franz@navy.mil. Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. All proposals shall be electronically submitted to the POC as listed above. *If this method is not available to bidders, contact the POC for an alternate method. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024409R0051/listing.html)
 
Place of Performance
Address: Naval Post Graduate School: Ingersoll Hall Bldg 330, Monterey, CA<br />
Zip Code: 93943<br />
 
Record
SN01863452-W 20090703/090702002825-e0db4f189e78565e162b0de6af6685cb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.